Hangar 7 Sound System Upgrade
ID: FA558725Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5587 48 CONSAPO, AE, 09461-5120, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE (5830)
Timeline
    Description

    The Department of Defense, specifically the 48th Maintenance Group at RAF Lakenheath, is seeking qualified contractors for a sound system upgrade in Hangar 7. The project aims to enhance audio quality for high-visibility events, requiring the installation of a new system that supports multiple audio inputs and functions as a Public Address (PA) system, ensuring echo-free sound throughout the facility. This upgrade is crucial for improving facility functionality and audience engagement during critical events. Interested offerors are encouraged to attend a site visit on October 24, 2024, at 11:00 BST, with quotes due by November 15, 2024, at 15:00 GMT. For further inquiries, contact Joanne Tansley at joanne.tansley.gb@us.af.mil or Claire Switzer at claire.switzer.gb@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The 48th Maintenance Group at RAF Lakenheath requires an upgrade to the sound system in Hanger 7 (Building 1212) to improve audio quality for high-visibility events. The new system must support multiple audio inputs, function as a Public Address (PA) system, and provide echo-free sound throughout the facility. The contractor is responsible for supplying all necessary personnel, tools, materials, and equipment for installation, which must be completed within 90 days following contract award. Key deliverables include a touch-screen control panel, various microphones, a customized lectern with protective cover, and a one-year warranty on the system post-installation. Maintenance and annual inspections, including software updates, are mandatory. Specific requirements dictate that the installation must not interfere with existing systems and that cables must be professionally concealed. The contractor must maintain effective communication, manage subcontractors if needed, and ensure timely resolution of any issues, providing a professional and ethical work environment throughout the project. This initiative supports the overarching goal of enhancing facility functionality and audience engagement at critical events.
    The document appears to be inaccessible as it contains a technical issue preventing the display of its content. Without the actual text or data, it is impossible to extract the main topic, key ideas, or supporting details essential for summary. Typically, government files related to federal RFPs, grants, or state and local proposals focus on specific funding opportunities, guidelines for applicants, eligibility criteria, and expected outcomes or deliverables. This summary would cover the purpose and structure commonly found within such documents, ensuring essential elements like project requirements, timelines, and assessment criteria are included. However, due to the unavailability of the document's contents, I cannot provide an accurate summary. Please ensure the document is in a compatible format for analysis.
    This document is a combined synopsis/solicitation issued as a Request for Quote (RFQ) for a Sound System upgrade at the 48th Maintenance Group Hangar 7, in alignment with federal acquisition regulations. It references solicitation number FA558725Q0002 and outlines the requirement details, emphasizing that no set-asid will be used due to the overseas location. Interested offerors are encouraged to attend a pre-quote site visit, which will aid in the accurate assessment of conditions affecting performance costs. The document includes specific delivery and inspection provisions, with a delivery date requested by February 28, 2025. It stipulates that quotes must be submitted by 15:00 GMT on November 15, 2024. Key contractual clauses and provisions are detailed, alongside terms such as pricing arrangement (firm fixed price) and necessary certifications for participation. Emphasis on compliance with various FAR and DFARS clauses highlights the contractual obligations regarding quality standards and reporting. The document’s structure encompasses sections outlining supplies, pricing, delivery performance, special requirements, and applicable federal regulations. Overall, it serves as a formal invitation to vendors to provide competitive quotes with an emphasis on compliance and effective communication for successful contract fulfillment in a military context.
    The document presents a series of numerical values, presumably related to budgeting or funding amounts associated with various government RFPs (Requests for Proposals) and grants. These figures appear to represent discrete financial figures, potentially indicating project costs, grant allocations, or required funding amounts for state and local initiatives. The inclusion of symbols such as "<" and ">" suggests parameters or ranges for specific funding requirements, indicating conditions or limits that applicants may need to consider when applying for grants or responding to RFPs. The aggregate sums indicate larger financial commitments or overarching budget figures highlighted within the document. The systematic listing of numbers could serve as a financial overview for either potential applicants or fiscal monitors in the government, emphasizing the diverse financial frameworks within different governmental projects. This analysis underscores the importance of financial clarity and structured data representation in government funding opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NMUSAF Public Address System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting quotes for the installation of a Public Address System at the National Museum of the United States Air Force (NMUSAF) located at Wright Patterson AFB, Ohio. The project aims to enhance communication capabilities across multiple buildings and outdoor areas within the museum, ensuring reliable coverage for high visitor volumes and integrating with existing security measures. This procurement is structured as a firm fixed-price contract, with a requirement for completion within 120 days post-award, and is set aside exclusively for small businesses under NAICS code 334310. Interested vendors must submit their quotes electronically by October 24, 2024, at 12:00 PM EST, and can direct inquiries to Contract Specialist Jenna Sizemore at jenna.sizemore.1@us.af.mil or Contracting Officer Shannon Scott at shannon.scott.4@us.af.mil.
    Notice of Opportunity (NOO) for Energy Savings Performance Contract (ESPC) - Royal Air Force Lakenheath, United Kingdom
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is initiating a Notice of Opportunity (NOO) for an Energy Savings Performance Contract (ESPC) at the Royal Air Force (RAF) Lakenheath in the United Kingdom. The objective is to engage a qualified Energy Service Company (ESCO) to implement energy conservation measures (ECMs) that enhance energy resilience and reduce energy costs, aligning with federal sustainability goals. This project is significant as it aims to integrate renewable energy solutions and improve energy management systems while ensuring compliance with relevant regulations. Responses to this solicitation are due by November 8, 2024, at 3:00 PM EST, and interested parties should submit their proposals via email to DLAEnergy-ESPC@dla.mil. For further inquiries, contact Jacob H. Vigil at jacob.vigil@dla.mil or MaryLee Huerta at MaryLee.Huerta@dla.mil.
    Non-Complex Construction and Design Build Construction, Basic Ordering Agreement RAF Lakenheath, Suffolk
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking Non-Complex Construction and Design Build Construction services for RAF Lakenheath, Suffolk in GBR. This service is typically used for basic ordering agreement for construction and design build projects at RAF Lakenheath, Suffolk. For more information, please contact Claire Switzer at claire.switzer.gb@us.af.mil.
    Tri-Base Area Construction Basic Ordering Agreement
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking construction services for the US Government at RAF Lakenheath in GBR. The Basic Ordering Agreement (BOA) will cover a broad range of construction services and work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. The agreement will be fulfilled through the issuance of Task Orders. Applications will be accepted and evaluated throughout the period of the Basic Ordering Agreement. Contact Mr. Roger Morris at roger.morris.7@us.af.mil or 01638 522 394 for more information.
    58--MISSION AUDIO PANEL, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Mission Audio Panel, a critical component in airborne intercommunication and public address systems. Contractors are required to provide a firm-fixed price or time-and-materials pricing along with estimated repair costs, ensuring compliance with specified military standards and documentation. This procurement is vital for maintaining operational readiness and reliability of military communication systems. Interested contractors should direct inquiries to Dylan E. Payne at 215-697-2579 or via email at dylan.e.payne.civ@us.navy.mil, with proposals expected to adhere to the outlined requirements and timelines.
    59--AMPLIFIER,AUDIO FRE - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of audio frequency amplifiers and other replacement parts through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to ensure the operational readiness of critical electronic components, with a focus on maintaining high-quality standards in repair practices as outlined in the contract specifications. These components are vital for various defense applications, underscoring their importance in supporting military operations. Interested vendors should contact Sarah E. Ream at 717-605-6457 or via email at SARAH.E.REAM.CIV@US.NAVY.MIL for further details, with a required delivery date set for December 31, 2026.
    Request for Information (RFI) - DSCC Columbus Studios
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is issuing a Request for Information (RFI) for the upgrade of broadcasting equipment in the DLA J1 Training Studios located at the Defense Supply Center in Columbus, Ohio. The objective of this procurement is to install, configure, and test new broadcasting systems to enhance distance learning capabilities, ensuring high-quality audio-visual setups and interactive training sessions. This initiative is crucial for modernizing training facilities to better support operational needs within the DLA and DoD, with a focus on compliance with security and accessibility standards. Interested vendors are encouraged to attend a mandatory pre-proposal site visit on October 15, 2024, at 10:00 AM EST, and must notify the contracting specialist, Becky Hard, by October 11, 2024, to confirm attendance. For further inquiries, vendors can reach out to Becky Hard at Becky.Hard@dla.mil or Ivan Badillo at ivan.badillo@dla.mil.
    AMPLIFIER-POWER SUP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Amplifier-Power Supply through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 200 days, and emphasizes the need for compliance with specific quality assurance standards and government inspections. This equipment is critical for military operations, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors should submit their quotes by October 29, 2024, and can direct inquiries to Adrienne L. Rubinic at 717-605-1394 or via email at ADRIENNE.L.RUBINIC.CIV@US.NAVY.MIL.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for maintaining operational readiness and support for special operations forces. Interested contractors should note that the bid opening has been extended to November 15, 2024, with proposals due by that date, and can reach out to primary contact Jack Letscher at jack.t.letscher.civ@usace.army.mil or by phone at 315-645-4402 for further details.
    USAF Academy Band Recording Engineer Service – Peterson SFB - Amendment 1
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Space Force, is soliciting proposals for recording engineer services for the USAF Academy Band at Peterson Space Force Base, Colorado, under solicitation number FA251725Q0003. The contractor will be responsible for all phases of audio production, including recording, editing, mixing, and mastering, for a CD project scheduled from October 31 to November 8, 2024, involving a full band of 19 musicians. This procurement emphasizes the need for high-quality audio equipment and expertise in big band jazz recordings, reflecting the military's commitment to professional music production standards. Interested small businesses must submit their proposals by October 22, 2024, and can contact Kyle Richmond at kyle.richmond@spaceforce.mil or 719-556-6281 for further information.